EIE484 Permanent Party Dormitory
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Alaska District, under the Department of the Army, is conducting market research via a Sources Sought notice for the EIE484 Permanent Party Dormitory project at Eielson Air Force Base (AFB), Alaska. This notice aims to identify qualified and interested businesses for the construction of a 3-story dormitory to house 225 unaccompanied enlisted airmen. Responses are due May 12, 2026, by 2:00 PM ADT.
Scope of Work
This project involves constructing a 3-story permanent party dormitory (approximately 100,000 SF) with slab-on-grade and steel frame construction, featuring concrete masonry unit block veneer over metal studs and a standing seam metal roof. The facility will include 225 dormitory units, activity space, communal kitchens, a dorm management office, public restrooms, laundry facilities, a theatre/meeting space, an elevator, and mechanical/utility spaces. Components include fire protection, lighting, HVAC, power, and plumbing. Supporting facilities will encompass an additional 200 parking spaces, extension of steam, water, and sewer utilities, power distribution, and landscaping. The estimated magnitude of construction is $200M to $250M, with an estimated duration of 952 calendar days.
Contract & Timeline
- Type: Sources Sought / Market Research (Anticipated Competitive, Firm-Fixed-Price contract via FAR Part 15 "Best Value" trade-off)
- Estimated Value: $200M to $250M
- Anticipated Solicitation Issuance: April 27, 2027
- Response Due: May 12, 2026, by 2:00 PM ADT
- Published: April 27, 2026
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- PSC: Y1FC (Construction Of Troop Housing Facilities)
Key Requirements
Respondents should demonstrate capabilities in:
- Deep Dynamic Compaction
- Cold Region area construction
- Structures of similar size and height (Min. 100,000 SF, 2-5 stories)
- Large utilidor (2-5 utilities) experience
- Similar Acoustic installation experience (e.g., hotels, apartments, dorms)
- Cybersecurity Maturity Model Certification (CMMC): Level 1 Self Certification is required.
Submission Details
- Method: Responses must be submitted only via the online Market Survey Form:
https://forms.osi.apps.mil/Pages/ResponsePage.aspx?id=unZN_HzxUEy5p48xY9J1ghuZYLK7b9tLgjOVEBSzgt9UQTNBQU05QkVHUExFRUE5QzlaWII5RjE1VC4u - Eligibility: The government is seeking interest and capabilities from the Small Business Community, including Small Business, Section 8(a), HUBZone, SDVOSB, and WOSB firms. Prior Government contract work is not required.
- Contacts: Michelle Nelsen (
michelle.nelsen@usace.army.mil, 907-753-2527) or Michelle Mandell (Michelle.R.Mandell@usace.army.mil, 907-753-2502).
Additional Notes
This is for market research only and not a solicitation. No reimbursement for response costs. Not responding does not preclude future participation. Respondents must comply with EM 385-1-1, USACE Safety and Health Requirements Manual, and all Federal, State, and local laws. Subcontractors are encouraged to submit information for potential inclusion in a Small Business Participation Plan.